Security Guard Tenders
FEDERAL AVIATION ADMINISTRATION USA Tender
Security and Emergency Services
United States
Details: In Accordance With Federal Aviation Administration (faa) Acquisition Management System (ams) Policy 3.2.1.2.1, Market Analysis, This Is A Market Survey / Sources Sought Announcement For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. Responses To This Announcement Will Be Used For Informational Purposes Only To Support The Development Of An Acquisition Strategy For Contract Security Officer (cso) Services For The Western Service Area (wsa). The Information Received Will Not Be Released, Except As Required Under The Freedom Of Information Act (foia). Proprietary Information Will Be Protected If Appropriately Marked.
the Faa Is Required To Procure Security Officer Services Under The National Security Officer Services (nsos) Program. The Purpose Of This Market Survey/request For Information Is To Survey The Marketplace To Assess The Level Of Interest And Capabilities Among Qualified Providers Of The Required Services. The Acquisition Strategy Has Not Yet Been Finalized And The Feedback Received From This Market Survey May Affect Any Small Business Set Aside Acquisition Decisions, As Appropriate.
this Is Not A Screening Information Request Or Request For Proposal.
description Of Required Services:
there Is A Need For Cso Services For The Western Service Area (wsa). The Wsa Is Comprised Of The Following States And U.s. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah And Guam. The Csos Will Be Responsible For Providing Security Officer Services To Safeguard Faa Employees And Faa Facilities. Some Of The Duties Will Include, But Are Not Limited To, Protecting United States Government Property And Assets From Loss, Theft, Damage, Unauthorized Use, Criminal Acts, Espionage, Sabotage, And Terrorism.
the Scope Of The Required Services To Be Performed By The Csos Can Be Found In The Attached Statement Of Work (sow). The Sow Is Subject To Change If The Faa Determines It Is In Its Best Interest To Issue A Solicitation At A Future Date. This Service Area Includes Locations Within The Continental United States (conus) And Outside The Continental United States (oconus).
interested Party Responses:
the Faa Requests All Interested Businesses To Submit Past Performance Information With Similar Size, Scope, And Complexity As The Attached Sow. This Past Performance Information Should Include Information Regarding Contract Number, Period Of Performance, And A Detailed Summary Of Services Performed Under The Contract. In Addition To Past Performance, Interested Businesses Are Requested To Submit A Capability Statement That Shows How The Contractor Meets The Following Sow Requirements:
contract Requirements:
a. The Contractor’s Primary Business Must Be Providing Armed 24/7 Cso Services.
b. The Contractor Must Have At Least Five (5) Consecutive Years Of Documented Experience In Providing Armed Cso Services In Four Or More States Concurrently.
c. The Contractor Must Provide Written Evidence Of Armed Cso Services To Large Facilities Similar To Faa Security Level 4 Staffed Facility That Has Over 450 Employees And Over 150,000 Square Feet Of Space. This Includes Operation Of Automated Access Control, Visual Surveillance, Intrusion Detection, And X-ray Scanning Equipment.
d. Contractor Must Provide Evidence Of Active Business Licenses And Security Permits For The Following States And U.s. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah And Guam.
submission Requirements:
interested Businesses Are Requested To Provide The Following
past Performance Information As Described Above (no Page Limit)
capability Statement As Described Above (not To Exceed 15 Pages).
company Information Including Name, Sam Uei, Poc Telephone Number, E-mail Address, And Mailing Address.
interested Parties' Responses Must Be Submitted By Email To The Contracting Officer Listed Below By No Later Than March 26, 2025 At 5:00 Pm Et. The Responses Must Be Written In Times New Roman Font, Size 12, With 1.0 Inch Top, Bottom, And Side Margins. Any Proprietary Information Submitted Must Be Properly Identified. Information From Vendor Submissions May Be Used In Future Acquisition Activities On A Non-vendor Specific Basis.
this Market Survey Is Also Being Conducted In Order To Obtain The Information Necessary To Determine Whether Adequate Competition Exists To Conduct A Set-aside For Any Future Acquisition. The Naics Code For This Requirement Is 561612-security Guards And Patrol Services. Responses To This Market Survey Will Assist The Faa In Making Decisions About Any Acquisition That May Follow.
this Market Survey Must Not Be Construed As An Obligation On The Part Of The Faa To Acquire These Services. Since This Is Not A Screening Information Request Or Request For Proposal, No Results Will Be Issued To The Responding Firms. No Solicitation For These Items Exists At This Time. If A Solicitation Is Issued, It Will Be Announced On Www.sam.gov. It Is The Vendor’s Responsibility To Monitor The Website For Release Of The Solicitation. The Faa Will Not Entertain Or Accept Unsolicited Proposals For This Work.
the Faa Will Not Be Liable For Any Costs Associated With The Preparation Of Responses To This Market Survey, Nor Reimburse Or Otherwise Pay Any Costs Incurred By Any Party Responding To This Announcement. Any Costs Associated With The Market Survey Submissions Will Be Solely At The Interested Party’s Expense.
the Faa May Request That One, Some, All, Or None Of The Respondents To The Market Survey / Sources Sought Provide Additional Information. Vendor Participation In Any Informational Session Is Not A Promise For Future Business With The Faa.
note: The Far References Cited In Sam.gov Are Not Applicable To The Faa As The Faa Has Its Own Policies And Guidance Referenced In The Ams.
Closing Date26 Mar 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Others
Canada
Details: Right To Cancel In The Event The Province Of New Brunswick Changes The Manner In Which The Goods Specified On This Tender Are Obtained, The Province Reserves The Right To Cancel The Contract At Any Time, With 30 Days Advance Notice To The Successful Vendor(s). The Province Of New Brunswick Will Not Be Subject To Any Penalties Or Costs Associated With Contract Cancellation. This Procurement Is Subject To The Canadian Free Trade Agreement. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Guard Services Scope Invitation To Tender For Professional Security Guard Services At Fundy Trail Provincial Park On Behalf Of The Department Of Tourism And Heritage. Security Firms Are To Provide A Minimum Of Three (3) Guards Per Shift, With A Maximum Of Up To Four (4) Guards For Expanding Operations (if Required). The Selected Firm Shall Meet The Requirements Outlined In The 'appendix A' Document Attached To This Invitation To Tender And Demonstrate Their Capability To Deliver High-quality Security Services. Services Required From Date Of Award Through August 1, 2025 With The Option To Extend For Two(2) Additional Months Upon Mutual Agreement From Both Parties. Gnb Reserves The Right To Withdraw From The Contract With Given Two (2) Week Notice To The Successful Security Firm. Submittals Bidders Shall Provide Required Information That Is Listed In Section 1 And Section 2 Of The Attached 'appendix A' Document. Bidders Must Meet Or Exceed Requirements Listed In Section 1 And 2 Of The 'appendix A' Document To Be Considered For Award. Bidders Shall Provide Required Information That Is Listed In Section 1, 2, 3, & 4 Of The Attached 'appendix B' Document Attached To This Invitation To Tender. Pricing & Payment Terms Bidder(s) Are Required To Indicate Pricing In The 'item Description' Section Listed Below Of This Invitation To Tender Document. - Payment Terms: Net 30 Days From Receipt Of Invoice. Award Criteria This Contract Will Be Awarded To The Lowest Compliant Total Bid Price Which Meets The Following Criteria: - Section 1 Of 'appendix A' - Section 2 Of 'appendix A' - Pricing And Payment Terms. Bidders Are Expected To Meet Or Exceed The Requirements In Section 1, 2, 3, & 4 Of The Attached 'appendix B' Document. If Bidder's Cannot Meet These 'duties & Procedures', Bids May Not Be Accepted. Note: Bids Received Are Subject To Reference Checks And Will Be The Sole Discretion Of The Department Of Tourism, Heritage And Culture. Tourism, Heritage And Culture Reserves The Right To Reject Any Or All Proposals And To Accept The Proposal Deemed To Be In The Best Interest Of The Organization. Service Agreement The Successful Bidder Must Enter Into A Formal Service Agreement With Parks New Brunswick. The Agreement Will Outline The Terms And Conditions Of The Service, Including But Not Limited To, The Scope Of Work, Payment Terms, Duration Of The Contract, And Performance Expectations. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Excluded Jurisdictions 1. In Accordance With Section 162.1 Of Regulation 2014-93 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. All Discounts Quoted Will Be Considered To Be Without Limitations. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Direct Deposit The Province Of New Brunswick Uses Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date26 Jun 2025
Tender AmountRefer Documents
Bustos Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description The Bustos Water District Now Invites Quotations From Eligible Suppliers For The Procurement Of Service For Security Services For Bwd Office And B. Mayor Pumping Station. The Description Of An Eligible Supplier Is Contained In The Instructions To Bidders (itb). Evaluation Will Be Conducted Using A Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irra-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Quotations From Suppliers Who Pass The Eligibility Check Will Be Further Evaluated. The Supplier With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine His Responsiveness To The Technical And Financial Requirements For The Contract. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined In The Post-qualification Procedure. Interested Suppliers May Obtain Further Information From Bustos Water District And May Request A Copy Of The Official Documents/forms For The Above Items At The Address And Contact Numbers Given Below From Monday To Friday During Business Hours. Quotations And Eligibility Requirements Must Be Delivered To The Address Below On Or Before February 13, 2025 At 5:00 P.m. All Quotations Must Be Submitted Together With The Eligibility Requirements And Technical/financial Proposals. Late Quotations Shall Not Be Accepted. Evaluation Of Quotations Will Be On February 14, 2025 At 11:00 A.m. At Bustos Water District Office. Quotations Will Be Evaluated In The Presence Of The Supplier’s Representatives Who Choose To Attend At The Address Below. The Bustos Water District Reserves All The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, Postpone The Opening Of Bids And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bustos Water District Daisy C. Konishi Cissy P. Virgines Bids And Awards Committee Secretariat A. Raymundo St., Poblacion, Bustos, Bulacan 3007 Tel. No. (044) 761-1665 E-mail Address: Bustoswdprocurement@gmail.com Rolando C. Canoza Signature Of The Bac Chairperson Or Authorized Representative For Bwd Office And B. Mayor P.s. 3 Sg Security Services /guard Per Month Eligibility Requirements: (please Include The Following Requirements) ( √ ) Dti Or Sec Reg. Cert. (any) ( √ ) Mayor's Permit Or Business Permit (latest) ( √ ) Philgeps Registration Number ( √ ) Income / Business Tax Return (latest) ( √ ) Statement Of All Ongoing And Completed Government And Private Contracts Including Contracts Awarded But Not Yet Started ( √ ) Notarized Omnibus Sworn Statement ( √ ) Bir Registration (2303) ( √ ) Others: Other Documentary Requirements Listed Under The Terms Of Reference
Closing Date13 Feb 2025
Tender AmountPHP 792 K (USD 13.6 K)
Bustos Water District Tender
Civil And Construction...+1Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
Details: Description The Bustos Water District Now Invites Quotations From Eligible Suppliers For The Procurement Of Service For Security Services For Bwd Office And B. Mayor Pumping Station. The Description Of An Eligible Supplier Is Contained In The Instructions To Bidders (itb). Evaluation Will Be Conducted Using A Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irra-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Quotations From Suppliers Who Pass The Eligibility Check Will Be Further Evaluated. The Supplier With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine His Responsiveness To The Technical And Financial Requirements For The Contract. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined In The Post-qualification Procedure. Interested Suppliers May Obtain Further Information From Bustos Water District And May Request A Copy Of The Official Documents/forms For The Above Items At The Address And Contact Numbers Given Below From Monday To Friday During Business Hours. Quotations And Eligibility Requirements Must Be Delivered To The Address Below On Or Before February 4, 2025 At 5:00 P.m. All Quotations Must Be Submitted Together With The Eligibility Requirements And Technical/financial Proposals. Late Quotations Shall Not Be Accepted. Evaluation Of Quotations Will Be On February 5, 2025 At 1:30 P.m. At Bustos Water District Office. Quotations Will Be Evaluated In The Presence Of The Supplier’s Representatives Who Choose To Attend At The Address Below. The Bustos Water District Reserves All The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, Postpone The Opening Of Bids And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bustos Water District Daisy C. Konishi Cissy P. Virgines Bids And Awards Committee Secretariat A. Raymundo St., Poblacion, Bustos, Bulacan 3007 Tel. No. (044) 761-1665 E-mail Address: Bustoswdprocurement@gmail.com Rolando C. Canoza Signature Of The Bac Chairperson Or Authorized Representative For Bwd Office And B. Mayor P.s. 3 Sg Security Services /guard Per Month Eligibility Requirements: (please Include The Following Requirements) ( √ ) Dti Or Sec Reg. Cert. (any) ( √ ) Mayor's Permit Or Business Permit (latest) ( √ ) Philgeps Registration Number ( √ ) Income / Business Tax Return (latest) ( √ ) Statement Of All Ongoing And Completed Government And Private Contracts Including Contracts Awarded But Not Yet Started ( √ ) Notarized Omnibus Sworn Statement ( √ ) Bir Registration (2303) ( √ ) Others: Other Documentary Requirements Listed Under The Terms Of Reference
Closing Date4 Feb 2025
Tender AmountPHP 792 K (USD 13.5 K)
Philippine International Convention Center Tender
Others
Philippines
Details: Description Request For Quotation Date: March 28, 2025 Rfq No. 2025-mc-118 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure One (1) Year Contract For The Quarterly Preventive Maintenance Service Of The Picc Forum Ventilation System, With An Approved Budget For Contract (abc) Of Two Hundred Ninety-nine Thousand Two Hundred Fifty Pesos (₱299,250.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of April 4, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Valid Tax Clearance; D. Philgeps Registration Number; E. Omnibus Sworn Statement; And F. Copy Of The Terms Of Reference Duly Signed On All Pages. The Prospective Qualified Contractor Must Submit A Company Profile Which Includes At Least The Following Documents: 1. List Of Maintenance And Repair Projects For Ventilation Units And/or Packaged/centralized Air Conditioning Units Within The Last Three (3) Years Detailing The Name Of Clients, Contact Person, Contact Telephone Numbers, Completion Dates And The Contract Price. 2. Resume Of Company’s Key Officer And Technical Personnel Detailing The Skills And Technical Experience On The Repair And Maintenance Of Ventilation Units And/or Packaged/centralized Air Conditioning Units For The Last Three (3) Years. 3. Certifications From Picc’ Mechanical Services Division That The Participating Bidder Has Conducted Ocular Inspection Of The Subject Ventilation Units And Their Locations/site. Evaluation Of Offer As To Compliance To Requirements And Qualification Shall Be Based On “pass Or Fail” Criteria. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-118 Technical Specifications I. Project Title: One (1) Year Contract For The Quarterly Preventive Maintenance Service Of The Picc Forum Ventilation System Ii. Approved Budget For Contract (abc): Two Hundred Ninety-nine Thousand Two Hundred Fifty Pesos (₱ 299,250.00), Vat Inclusive. Iii. Specific Scope Of Works: Supply Of Labor, Materials, Expertise And Supervision, Tools And Instruments, Repair Equipment And Miscellaneous Materials For The Quarterly Preventive Maintenance Servicing Of Picc Forum Ventilation/air Supply Units And Exhaust Fans For A Period Of One (1) Year To Include, But Not Limited To The Following: A. Specific Activities: 1. Conduct Quarterly Preventive Maintenance Servicing Of The Following Ventilation Units And Exhaust Fans Including Their Electric Motors, Propeller/blower, Controllers, Ducting And Its Accessories: 1.1. Two (2) Units (sf 1 And 2) 11,250-cfm Ventilation Unit, Cabinet (blower) Type, Horizontal Arrangement Complete With Ducting, Electric Drive Motor - 15hp, 230v, 3phase, 60hz, Control Panel, Safety Devices And Accessories. 1.2. Two (2) Units (ef 1 And 2) 6,250-cfm Exhaust Fan/blower Units, Tube Axial Fan Type, Hanging-horizontal Arrangement Complete With Ducting, Electric Drive Motor – 7.5hp, 230v, 3phase, 60hz, Control Panel, Control Safety Devices And Accessories. These Units Are Located At The Ceiling Of Forum. 1.3. One (1) Unit (ef 3) 3,550-cfm Exhaust Fan/blower Unit, Centrifugal Type, 3.0hp, 230v, 3phase, 60hz. This Unit Is Located At The Service Pantry At Forum. 1.4. One (1) Unit (sf 3) 2,500-cfm Ventilation Unit, Centrifugal Type, 3.0hp, 230v, 3phase, 60hz. This Unit Is Located At The Service Pantry At Forum. 2. Perform The Following Services For The Above-mentioned Equipment: 2.1. Regular Preventive Maintenance Services The Contractor Shall Perform The Following Quarterly Preventive Maintenance Activities For The Above Equipment: 1. Conduct General Check-up And Inspection Of Drive Motors And Its Controllers, Propeller Fan Or Blower Wheel And Housing Including Bearings, Motor And Blower Pulley Alignment, Base Pan, Paneling, Vibration And Corrosion And Accessories. 2. Check Current Ampere Drawn And Voltage. Readings Must Be Within Rated Capacity. 3. Check And Clean Air Filters. 4. Check And Clean Blower Housing And Wheel/propeller. 5. Check, Clean And Re-tighten Circuit Breakers, Contactors And Relays. 6. Check And Re-tighten Set Screws. 7. Check And Re-lubricate Motor And Blower Bearings, If Needed. 8. Check And Clean Base Pan. 9. Check And Re-align Pulleys And/or V-belts. 10. Check And Clean Paneling And Re-tighten Loose Screws. 11. Check And Clean Fresh Air Intake Duct, Supply Duct And Grilles, Repair If Found Necessary. 12. Install/assemble Scaffolding/s At The Job Site To Facilitate Safe And Faster Completion Of Works. 13. Conduct Trouble Shooting And Minor Repair Works. 14. Replace Motor Bearings, Blower Bearings And V-belts, If Necessary. Materials Shall Be Supplied By Picc. 15. Record Action Taken, Test And Observation And For Action Of Msd-tsd. 16. Submit Quarterly Accomplishment Reports And Recommendations On Proper Operation And Maintenance Signed By The Service Manager/supervisor, And Service Report For Each Unit Signed By Service Technician. Submit Said Reports Together With The Monthly Billing. Iv. Duration Of Contract/service Delivery: The Contract Shall Be Binding And Effective For A Period Of One (1) Year. However, The Contract Will Be Automatically Terminated Once The Demolition Of The Forum Is Started To Facilitate The Construction Of The Proposed New Trade Exhibit Hall Building. V. Terms Of Payment: For The Services To Be Undertaken By The Contractor, Payments Shall Be Released Within Four (4) Weeks After Final Acceptance By Picc Or Its Representative Of The Contractor’s Completed Work, And Submission Of Billing And Complete Supporting Documents By Contractor As Follows: 1.) Service Report/accomplishment Report 2.) Invoice 3.) Bank Guaranty Equivalent To Five Percent (5%) Of The Contract Amount. Note: Bank Guaranty Is Not Necessary If The Contractor Chooses The Warranty Obligation In The Form Of Five Percent (5%) Retention Money. The Contractor Agrees That There Shall Be No Price Increase For The Duration Of The Contract. Furthermore, No Payment Shall Be Made For Quarterly Services Rated Unsatisfactory Or Poor Performance. Unsatisfactory Or Poor Performance Shall Be Based On The Conditions Stipulated Under “termination Of Contract (e)”. Vi. General Conditions: 1. The Contractor Shall Be Responsible For The Supply Of Labor, Technical Expertise, Supervision, Tools And Instruments, Repair Equipment And Office Supplies (service Reports) And Waste Rugs For The Quarterly Preventive Maintenance Of The Ventilation Equipment/system As Specified In The Above Scope Of Work. 2. The Picc Shall Supply The Materials And Spare Parts For The Proper Operation And Maintenance Of The Abovementioned Equipment/system In Accordance With Its Policy And Procedures. 3. The Contractor Shall Provide A Sufficient Number Of Safety Personnel For The Duration Of The Work. Safety Personnel Shall Monitor The Contractor’s Personnel As They Carry Out The Work And Be Responsible For Hazard Assessment, First Aid, Safety Watch, Spotter Duties, Gas Monitoring, Hot Works Monitoring, Fall Protection Etc. 4. Contractor Shall Be Available Within 24 Hours Upon Receipt Of Call To Troubleshoot And Repair Any Trouble Encountered By Picc’ Personnel. 5. The Contractor Shall Coordinate With The Picc Tsd-msd Personnel And Other Contractors All Works Which Could Affect The Ventilation And/or The Air Conditioning System Of The Forum. 6. The Following Services (labor Only) Shall Be Part Of Contractor’s Responsibility: 6.1. Minor Adjustment And Calibration Of Electrical And Electronic Controls And Other Accessories. 6.2. Installation Of Minor Parts And Accessories Not Requiring Extensive Dismantling And/or Re-assembly. 6.3. Minor Brazing, Soldering, Welding, Painting And Fabrication Works. 6.4. Replacement Of Bearings Of Blower And Fans And Electric Motor. 6.5. Replacement Of V-belts, If Any. 6.6. Replacement/re-wiring Of Control Panel Wiring. 7. The Following Services Shall Not Be Part Of Contractor’s Responsibility: 7.1. Supply Of Materials Including Oils, Grease And Spare Parts. 7.2. Rewinding Of Fan/blower Motors And Conversion Of Bushing To Bearings Or Vice Versa. 7.3. Supply Of Air Filters. 7.4. Major Dismantling, Installation, Disassembly, Assembly, Alignment And Re-installation Of Sf 1 And 2, And Ef 1 And 2. 7.5. Rewiring Of Electrical Power Supply And Field Wiring. 8. All Preventive Maintenance Services And Repair Works Shall Be Performed During Regular Working Hours, 8:00am To 5:00pm, And From Mondays To Saturdays. However, The Contractor Shall Not Be Allowed To Do The Repair Or Maintenance Works During Working Hours If The Area Is Being Used By Picc’ Clients Except On Emergency Cases. During Emergency Services, Personnel Are Allowed To Work Even Beyond Regular Working Hours Provided They Are Properly Compensated By The Contractor. 9. The Contractor Shall Immediately Survey And Evaluate The Cause And Extent Of Damage/defect Of Any Equipment Covered By The Scope Of Work And Shall Inform/advise Promptly The Picc Verbally And In Writing For The Necessary Repair Works. 10. Picc’ Procurement Of Contractor’s Services Not Part Of The Scope Of Work Shall Go Through The Regular Procurement Or Bidding Process In Accordance With The Government Procurement Law. 11. The Contractor’s Personnel To Be Assigned At Picc Shall Have No Relation With Any Employee Of Picc. The Picc Shall Not In Any Way Be Responsible For Claims For Personal Injury, Wages And Other Employee Benefits, And Other Claims For Damages Including Death Of Its Personnel And Third Parties Brought In By The Contractor Or By Its Employees For The Performance Of Duties Specified Herein. 12. The Contractor Must Submit Nbi Or Barangay Clearance Of Each Personnel To Be Assigned At The Picc. 13. The Contractor’s Personnel Should Wear Its Company Uniform And Ids Whenever Inside The Picc Premises. Vii. General Provision: 1. No Part Of The Services To Be Provided Under This Scope Of Work, And/or The Contract May Be Sub-contracted. 2. The Contractor Warrants That Its Personnel And/or Representatives To Be Assigned Shall Comply With And Submit Themselves To The Picc’ Policies, Procedures, Rules And Regulation Concerning Security, Safety, Health, Environmental Protection, Energy Conservation, Coordination System, Materials And Parts Issuance, Etc. 3. This Scope Of Work And Its Conditions Shall Be Binding And Effective For A Period Of One (1) Year And Maybe Extended On A Month-to-month Basis At The Option Of Picc. 4. The Contractor Agrees That When A Breach Of Contract Is Committed By Her, Picc Shall Terminate The Same And Bar The Former From Dealing Business With The Latter For One (1) Year. Viii. Termination Of Contract: In Addition To The Termination Clause And Prohibition Under General Provisions, This Contract/scope Of Services Shall Be Terminated By Picc If The Contractor Or Its Personnel Committed/caused The Following Poor Performance: 1. One (1)-time Mechanical Explosion Happened During Servicing Of Equipment That Resulted To Damage Of Picc Equipment And/or Properties. 2. One (1)-time Electrical Explosion/short Circuit Happened During Servicing Of Equipment That Resulted To Damage Of Picc Equipment And/or Properties. 3. One (1)-time Electrical Explosion/short Circuit Happened During Servicing Of Equipment That Resulted To Tripping Off Of Equipment Circuit Breaker And The Sub-station Main Circuit Breaker/s With Or Without Damage. If The Equipment Circuit Breaker Tripped Off But The Sub-station Circuit Breaker Did Not Trip Off It Should Not Be Considered A Ground For Termination. 4. One (1)-time Proven Sabotage Of Operation Or Intentional Non-operation Of Exhaust Fans And/or Ventilation Systems. Sabotage Means Non-operation Of Any Equipment Covered Herein Caused By Contractor Or Its Personnel During The Conduct Of Events In The Area Served By Equipment Without Approval From Mechanical Services And/or Without Valid Cause/reasons. 5. One (1)-time Loss Of Life Or Injury Of Any Person Within Picc Premises Occasioned By Negligence Or Direct Action Of The Contractor And/or Its Personnel. 6. One (1)-time Stealing Picc Properties Or Any Properties Of Any Entity/persons Within Picc Premises Either Caught In The Act By Any Person Or Proven Guilty By Picc Security Guard/police Authorities/agent Of National Bureau Of Investigation/any Competent Court. 7. One (1)-time Failure To Render Services On Any Of The Following Equipment: Supply Fan No. 1 (sf-1), Supply Fan No. 2 (sf-2), Exhaust Fan No. 1 (ef-1), And Exhaust Fan No. 2 (ef-2). However, Failure To Render Quarterly Maintenance Services On Other Exhaust/ventilation Fans Shall Be Considered Unsatisfactory Performance But Shall Not Be Considered As Ground For Termination. 8. One (1)-time Stoppage Of Any Event Resulting To Pull Out Of Clients From Picc And/or To Filing A Case By Clients Against Picc For Damages. 9. Two (2) Times Consecutive/accumulated Unsatisfactory Performance Based On Quarterly Period Performance Rating Given By Mechanical Services Division. Commission Of Any Of The Following Shall Be Considered “unsatisfactory Performance”: 1. Non-completion Of Quarterly Services Outlined Under Specific Activities And Work Conditions. 2. Two (2) Or More Times Observed Unsafe Practices Which May Results To Damage Of Any Picc Equipment And/or Properties, And/or Loss Of Life Of Any Persons Within Picc Premises. 3. Two (2) Or More Times Failure To Respond From An Emergency Trouble Call Of Picc Personnel Within 24-hour From Receipt Of Phone Call Within A Quarter Or Three (3) Month Period. 4. Two (2) Written Warnings Within One-quarter Period/three (3)-month Period From The Office Of Mechanical Services Due To Unsatisfactory Workmanship. 5. Three (3) Written Warnings Within One-quarter Period/three (3)-month Period From The Office Of Mechanical Services Due To Any Action By The Contractor Or Its Personnel In Violation Of Picc Security And Safety Rules. However, Accumulation Of Three (3) Written Warnings In Any Quarterly Period Shall Be Considered Unsatisfactory Performance To Be Charged To The Quarter Where The Third Warnings Happened. Penalty: A. The Contractor Shall Not Be Paid For Any Rendition Of Quarterly Services Below Satisfactory Performance Rating. Non-completion Of Any Services Outlined In Specific Activities Is Considered Unsatisfactory Performance And Therefore, The Subject Period Shall Not Be Paid. B. The Contractor Shall Be Given Written Warning For The First Offense Of Unsatisfactory Performance And Shall Be Notified For Every Offense Committed And Penalty Charged. Any Motion For Reconsideration For The Payment Of Quarterly Services Due To Poor/ Unsatisfactory Performance As Stipulated Above Shall Not Be Entertained By Picc. Ix. Contractor’s Technical Qualification: The Contractor Must Be Engaged In Business For The Installation, Operation, Repair, Service Maintenance Of Ventilation Units And/or Packaged And/or Centralized Air Conditioning Units For At Least (3) Years. X. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date4 Apr 2025
Tender AmountPHP 299.2 K (USD 5.2 K)
National Development Company Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Reference No.: Mr25-02-028 We Are Inviting All Interested Suppliers To Submit Their Best Quotation For The Procurement Of One (1) Year General Pest Control Services For The Ndc Bldg.: Scope Of Work: 1. The Service Provider Shall Perform Pest Control Services Once A Month For Rodents, Mosquitoes, Cockroaches, Ants, Termites And Other Flying And Crawling Insects At The Ndc Building And Submit To Ndc A Pest Control Plan. Together With An Ndc Representative, The Service Provider Shall Conduct A Post-treatment Inspection Seven (7) Calendar Days After Treatment And Submit To Ndc A Report On The Said Inspection. In The Event Of Re-infestation Within The Service Period, The Service Provider Shall Render Additional Treatment As Necessary At No Extra Cost. 2. The Service Provider Shall Examine/inspect The Ndc Building Carefully And Locate Areas Of Critical Pest Activity. Based On Such Inspection, The Service Provider Shall Recommend The Best Course Of Action To Thoroughly Treat Areas Of Infestation. Treatment Of Major Infestations Involving Additional Cost Shall Be Undertaken Only Upon Approval By Ndc. 3. The Service Provider Shall Submit To Ndc A List Of All Chemicals To Be Used. 4. Areas Of Coverage: A. Basement (open Areas Including Pump Room, Guard’s Room, Sump Pit, Driver’s Lounge, Stock Room Under The Stairs And Other Areas); B. Ground Floor (philippine Innovation Hub, Open Areas Including Electrical/power Room, Common Restroom, Guard House, Tenant’s Areas, Backdoor And Vacant Spaces); C. Second To Twelfth Floors (whole Office And Common Areas, Telephone Terminal Cabinet Located At The Stairways); And D. Penthouse (gym, Abb Hall – Audio Visual Room And Restrooms Including Elevator Machine Room). 5. The Service Provider Shall Submit To Ndc The Necessary Permit, If Applicable, Before A Treatment Is Done And The Former Shall Shoulder Expenses Incurred Therein. 6. For The Performance Of The Services Outlined Above, The Service Provider Shall Furnish The Services Of Healthy, Reliable, Professionally Trained, Honest And Carefully Selected Personnel. All Such Personnel Shall Be Interpreted To Mean That No Employer-employee Relationship Exists Between Ndc And Said Personnel. The Service Provider Shall Be Fully And Exclusively Liable For Any Applicable Labor Laws Vis-a-vis Said Personnel. 7. Such Personnel Shall Wear The Service Provider’s Official Uniform At All Times Within The Ndc’s Premises. The Uniform Shall Prominently Display The Name Of The Personnel Undertaking The Pest Control Treatment. 8. Ndc May, In The Interest Of The Parties, Advise The Service Provider To Replace Any Personnel Detailed When So Warranted By The Circumstances. 9. The Personnel Of The Service Provider May Be Subjected To On-the-spot Search Inspection By Ndc’s Security Guards On Duty Whenever Entering And Or Leaving The Premises. 10. The Service Provider Shall Be Liable For The Loss/es And Or Damage/s To Person/s Or Property/ies Located Within Ndc’s Premises That Are Attributable To The Fault Or Negligence Of The Service Provider, The Service Provider’s Personnel Or Any Other Persons Entering Ndc’s Premises Upon The Initiative Of The Service Provider’s Personnel. 11. Ndc Shall Have The Right To Deduct From The Amount Due To The Service Provider Under This Contract Any And All Advance And Damages For Which The Service Provider May Be Liable To Ndc Under Any Provision Of This Contract, Provided However, That Before Making Such Deduction Ndc Shall Notify The Service Provider In Writing Indicating Therein The Grounds/reasons Therefore. 12. The Service Provider Expressly Agrees That For The Purpose Of Undertaking The Services Subject Hereof, It Shall Furnish At Its Expense, The Equipments And Supplies Necessary For The Performance Of The Services Subject Hereof. Further, The Ownership, Repair And Maintenance Cost Of Said Equipment Shall Be For The Account Of The Service Provider. 13. The Service Provider’s Fee Shall Not Be Increased For Whatever Cause During The Effectivity Of The Contract. However, Corresponding Deductions Shall Be Applied For Areas Not Serviced For The Month. 14. Ndc Shall Automatically Deduct From The Service Provider’s Fee Any And All Sums Required By The Law, Ordinances Or Other Government Rules And Regulations To Be Deducted/withheld At Source. 15. In Rendering Services, The Service Provider Shall Act As An Independent Service Provider And Not As The Agent Of Ndc, Maintaining Complete Control Over Its Personnel Detailed At Ndc. All Persons Employed By The Service Provider In This Connection Shall Be Its Own And Not Those Of Ndc. The Service Provider Shall Perform The Services In Accordance With Applicable Laws, Rules And Regulations And Generally Accepted Practice And Procedures Relative To Its Business. 16. The Service Provider Shall Solely And Exclusively Be Liable For Any Injury Or Damage Upon The Personnel Dispatched To Ndc’s Premises Which Is Not Directly Attributed To Ndc. Approved Budget : ₱ 66,000.00 Submission Of Quotation And : March 7, 2025 Eligibility Requirements Mode Of Procurement : Small Value Procurement (53.9) Eligibility Requirements : 1. Valid And Current Mayor’s Permit (certified True Copy) 2. Philgeps Registration Number (certified True Copy) 3. Omnibus Sworn Statement (notarized And Accordance With Gppb Circular 04-2020 Dated September 16, 2020) Note: In Lieu Of The Mayor’s Permit And Philgeps Registration Number, You May Submit A Valid Certificate Of Philgeps Registration (platinum Membership). Please Submit Your Quotation And Eligibility Requirements In A Sealed Envelope At The Address Stated Below. Name Of Bidder: Bids And Awards Committee National Development Company 7/f Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City Fax: 840-4862 Attention: Bac Secretariat Reference Number: Mr25-02-028 All Prices Should Be Vat Inclusive. Further, Please Indicate In The Quotation The Following: 1. Terms Of Payment - Government Terms Monthly, Upon Submission Of A Service Report And Invoice Or Billing Statement. 2. Delivery Period – Twelve (12) Months (signed) Agm Leopoldo John F. Acot Chairperson, Bids And Awards Committee
Closing Date7 Mar 2025
Tender AmountPHP 66 K (USD 1.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023.
this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm-fixed Price Contract.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million.
the Fsc/psc Is J065.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation
statement Of Work
scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses And Other Related Costs Necessary To Provide Preventive And Corrective Maintenance And Inspection On Selected Government-owned Shimadzu Equipment (referenced In Attachment 5 Va Shimadzu Equipment List), Located At The Va Greater Los Angeles Healthcare System.
general Requirement:
the Contractor Shall Maintain And Operate A Dedicated Team Of Technical Support Personnel That Are Available Via Telephone. Technical Support Calls Shall Be Unlimited Under This Contract.
the Contractor Shall Respond On-site Within 48 Hours If Issue Cannot Be Resolved Through Telephone Support. On-site Response Calls Shall Be Unlimited Under This Contract.
any Associated Labor And Travel Expenses For All Service Calls Shall Be Included At No Additional Cost To The Government.
all Software Updates Will Be Provided At No Cost When They Become Available From The Manufacturer To Ensure The System Operates At Peak Performance With The Most Up-to-date Software.
performance Verification Is Required At The Conclusion Of Every Corrective Service Call. This Verification Procedure May Include Performance Testing For Accuracy And Precision Of The Instrument.
the Facility Of Work Is Considered To Be A Radiation Area. Instruments Are Located In An Area With Radiation Exposure Of Up To 10mr/per Hour.
preventive Maintenance And Inspection (pmi)
the Contractor Shall Provide On-site Preventive Maintenance And System Inspections As Recommended By Vendor Requirements To Maintain Recommended Factory Specifications Of The Shimadzu Equipment.
this Pmi Shall Include But Not Be Limited To Inspection/replacement Of Seals And O-rings, Cleaning Cooling Fans, Running Diagnostic Protocols, Calibrations, And Changing Pump Oil.
pmi Are To Be Scheduled 3 Business Days In Advance With The Program Point Of Contact (ppoc).
software Maintenance Service
the Contractor Shall Provide Technical Support For All Listed Software Applications In Addition To The Hardware Support.
software Updates That The Government Is Entitled To Shall Be Applied By The Contractor At No Additional Cost.
software Issues That Require Intervention Will Be Addressed In The Same Manner As Hardware Issues Including On-site Response If Necessary.
conformance Standards:
all Work Shall Be Performed, And Equipment Shall Function In Conformance With All Va Safety Standards, Manufacturer S/industry Standards, The Latest Published Editions Of National Fire Protection Association (nfpa)-99, Food And Drug Administration (fda), Occupational Safety And Health Administration (osha), The Joint Commission (tjc), And Other Applicable National Standards.
replacement Parts:
parts And Materials Associated With Pmi And Intervening Service Calls Are To Be Included As Required To Bring The Devices To Manufacturer Specifications.
only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture (oem) And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturer S Standard Commercial Warranty.
all Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Ppoc.
all Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract.
the Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring Appropriate Equipment And/or Supplies Necessary To Complete The Work As Required.
participating Facility:
va Greater Los Angeles Healthcare System
11301 Wilshire Blvd
los Angeles, Ca 90073
security Requirements
the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required.
this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6.
period Of Performance
base Year, Followed By Four, One-year Options.
estimated Start Date: 06/25/2025
hours Of Work:
this Contract Is A Full-service Contract To Include All Necessary Scheduled Service Calls Five (5) Days Per Week, Monday Through Friday, 8:00 Am 5:00 Pm, Excluding National Holidays.
any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Ppoc Or Co.
national Holiday:
new Year S Day
january 01
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 04
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America.
overtime & Holiday Pay:
any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government.
contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein.
qualification:
personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned.
service:
service Shall Include Software Updates (if Applicable) Needed For The General Operation Of The Equipment. At The Completion Of Pmi On Each Equipment And Ensure Upon Departure That The Equipment Is In Optimal Working Condition.
service Also Includes All Necessary Intervening Service Calls Required To Replace Any Worn Or Defective Parts Needed Due To Instrument Failure And Maintain Equipment In Optimum Operating Condition. Intervening Services Shall Be Rendered As Directed By The Ppoc.
intervening Service Call:
when Repairs Are Needed Between Regular Scheduled Service, Such Repairs Are Rendered As Directed Only By The Ppoc And The Contracting Officer (co).
these Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices.
additional Requirement:
contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract.
contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual.
contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance.
submission Of Reports:
the Contractor Shall Submit A Complete Service Report Electronically To The Ppoc Within 14 Days Of The Work Being Completed.
all Service Reports Submitted To Any Of The Va Stations Shall, At A Minimum, Contain A Detailed Description Of Any Services Or Repairs Performed For Each Item Of Equipment. The Report Shall Also Include A List Of Replacement Parts, When Applicable, Safety Checks, Performance Data, And The Date, Along With Any Contractor Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. Service Technician Shall Document And Report To The Using Service And Ppoc, Any Unsafe Condition Concerning This Medical Equipment Or Signs Of Misuse Or Neglect. Service Technician Shall Document The Field Service Report All Findings Of Problems And Their Correction, Including All Performance Verification. The Service Report Must Be Legible And Signed By The Ppoc, After The Service Technician Has Demonstrated To The Ppoc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets Manufacturer S Specifications.
general Information
contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract.
name:
address:
phone No.:
fax No.:
email:
contractor Employees:
the Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public.
reporting Procedures:
for Services To Be Performed During Normal Working Hours, The Contractor Shall Report Upon Arrival To The Biomedical Engineering Department, Bldg. 500, Room 0261 And Sign-in. In Addition To Signing-in, The Contractor Personnel Shall Identify Him/herself To The Ppoc Before Proceeding To The Job Site.
for Services To Be Performed Outside Normal Working Hours, The Contractor Shall Obtain A Visitor S Badge From The Security Guard Assigned At The Facility Entrance Prior To Signing The After-hours Logbook Located Outside The Biomedical Engineering Department, Bldg. 500, And Proceeding To Room 0261.
prior To Leaving The Facility The Contractor Shall Communicate Status Of Equipment To The Ppoc, Sign Out At The Same Location That They Signed In And Return The Visitor S Badge.
parking:
it Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off-site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations
smoking:
vaglahs Is A Smoke Free Facility. This Includes The Use Of Vape, Electronic Cigarettes And Tobacco Products.
invoicing & Payment:
the Contractor Shall Submit A Monthly Invoice.
the Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice Via Tungsten Network:
https://www.tungsten-network.com/customer-campaigns/veterans-affairs/
no Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract.
***price/cost Schedule***
base Year
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
preventative/corrective Maintenance, Inspection And Repair Services- Government Owned Shimadzu Equipment (listed In Attachment 5).
1
yr
0002
emergency Repair Costs (in Relation To Findings From Inspections).
1
jb
0.00
0.00
option Year 1
line Item
description
quantity
unit Of Measure
unit Price
total Price
1001
preventative/corrective Maintenance, Inspection And Repair Services- Government Owned Shimadzu Equipment (listed In Attachment 5).
1
yr
1002
emergency Repair Costs (in Relation To Findings From Inspections).
1
jb
0.00
0.00
option Year 2
line Item
description
quantity
unit Of Measure
unit Price
total Price
2001
preventative/corrective Maintenance, Inspection And Repair Services- Government Owned Shimadzu Equipment (listed In Attachment 5).
1
yr
2002
emergency Repair Costs (in Relation To Findings From Inspections).
1
jb
0.00
0.00
option Year 3
line Item
description
quantity
unit Of Measure
unit Price
total Price
3001
preventative/corrective Maintenance, Inspection And Repair Services- Government Owned Shimadzu Equipment (listed In Attachment 5).
1
yr
3002
emergency Repair Costs (in Relation To Findings From Inspections).
1
jb
0.00
0.00
option Year 4
line Item
description
quantity
unit Of Measure
unit Price
total Price
4001
preventative/corrective Maintenance, Inspection And Repair Services- Government Owned Shimadzu Equipment (listed In Attachment 5).
1
yr
4002
emergency Repair Costs (in Relation To Findings From Inspections).
1
jb
0.00
0.00
**please Use The Price/cost Schedule Format Above For Pricing**
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-1, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror (aug 2020)
(end Of Addendum To 52.212-1)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022)
addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-8, Option To Extend Services (nov 1999)
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.219-73 Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023)
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices.
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
(end Of Addendum To 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (25), (26)(i), (29), (31), (33), (36)(i), (39)(i), (40), (46), (51), (55), (59), (63) (c), (5).
all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023)
all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Experience, Past Performance, Cost Schedule. Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned.
this Contract/purchase Order Will Consist Of An Estimated Base Plus Four Option Year Period Of Performance: 06/25/2025 06/24/2030.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
all Rfq Questions Shall Be Received Not Later Than April 28, 2025, 1200 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Inquiry To Rfq 36c26225q0761 For Consideration. All Answers To Inquiries Received By Due Date And Time Will Be Addressed Through An Amendment. No Further Inquiries Will Be Addressed After Due Date.
submission Of Your Rfq Response Offer Shall Be Received Not Later Than May 05, 2025, 1200 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0761 For Consideration.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
contract Specialist
jennell Christofaro
jennell.christofaro@va.gov
attachment One: Far 52.212-1 Addendum Instructions To Offerors
attachment Two: Far 52.212-2 Evaluation
attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb
attachment Four: Var 852.219-75 Sdvosb Certification
attachment Five: Va Shimadzu Equipment List
Closing Date5 May 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Details: Special Notice: The Department Of Homeland Security, United States Coast Guard, Operational Logistics Command (log-94) Intends To Award One (1) Sole Source Purchase Order On A Basis Of Other Than Full And Open Competition (under Far Authority 6.302) To Hornblower Yachts, Llc For Vessel Needed For Uscg Msrt West, Ca For Tactical Training Per Scope Of Work (sow) That Include The Following:
1 Each Target Vessel
this Sole Source Is Pursuant To 10 U.s.c. 2304(c)(1) Implemented By The Far Subpart 6.302-1 Entitled “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements”.
the Naics Code For This Procurement Is 48599 – Other Transit And Ground Passenger Transportation. The Psc For This Procurement Is V214 Transportation/travel/relocation-travel/lodging/recruitment:marine Passenger. The Procurement Type Will Be A Firm-fixed Price. If No Responses Are Received Within Eight (8) Days With Sufficient Information To Determine That Another Responsible Source Is Available, Negotiations Will Be Conducted With Hornblower Yachts, Llc.
this Is Not A Request For Competitive Quotes/proposals And No Solicitation Is Available. Questions Concerning This Announcement Should Be Directed To The Contract Specialist Using The E-mail Link Provided. Telephone Requests For Information Or Questions Will Not Be Accepted. Please Email Requests Or Questions To Christopher U. Columbres At The Following E-mail Address: Christopher.u.columbres@uscg.mil.
Closing Date21 Feb 2025
Tender AmountRefer Documents
BUREAU OF ANIMAL INDUSTRY, Tender
Others
Philippines
Details: Description Invitation To Bid Ib No. 2025-001 Provision Of Security Services (april 1, 2025 To December 31, 2025) 1. The Bureau Of Animal Industry, Through The Gaa Fund Intends To Apply The Sum Of Twenty Million Seven Hundred Forty-two Thousand Three Hundred Twelve Pesos And Ninety-six Centavos (p20,742,312.96) Being The Abc To Payments Under The Contract For The Provision Of Security Services (april 1, 2025 To December 31, 2025) Under Ib No. 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Animal Industry Now Invites Bids For The Above Procurement Project. Deployment Of Security Guards Is Required Within 10 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bai-bac And Inspect The Bidding Documents At The Address Given Below During 8:00a.m. – 5:00 P.m., Monday To Friday Until Its Closing Period Posted In The Philgeps. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025-february 18, 2025 From The Bai-bac Secretariat Or Website Of The Procuring Entity (www.bai.da.gov.ph ) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifteen Thousand Pesos (p15,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Bureau Of Animal Industry Will Hold A Pre-bid Conference On February 4, 2025, 9:30 A.m. At Bai-bac Conference Room, Bai Compound, Visayas Avenue, Diliman, Quezon City And/or Through Video Conferencing Or Webcasting Via Webex Or Google Meet, Which Shall Be Open To Prospective Bidders. A Personal Meeting Id Will Be Sent Through Email For Each Participant At Least One Day Before The Event. Prospective Bidders Need To Signify Their Intention To Participate By Sending An Email To Bac@bai.gov.ph. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 18, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Ib Clause 14. 9. Bid Opening Shall Be On February 18, 2025, 9:30 A.m. At Bai-bac Conference Room, Bai Compound, Visayas Avenue, Diliman, Quezon City And/or Via Webex Or Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Animal Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Bureau Of Animal Industry Bids And Awards Committee (bac) Will Use A Non-discretionary And Non-discriminatory Measure Based On Sheer Luck Or Chance, Which Is “draw Lots”, In The Event That Two Or More Bidders Have Been Post-qualified And Determined As The Bidder Having The Lowest Calculated Responsive Bid (lcrb) To Determine The Final Lcrb (in Alphabetical Order, The Bidders Shall Pick One Rolled Paper. The Lucky Bidder Who Would Pick The Paper With “congratulations” Remark Shall Be Declared As The Final Bidder Having Lcrb And Recommended For Award Of The Contract.) 12. Please Refer To The Following Schedule Of Activities. Activity Date Remarks Availability Of Bidding Documents January 28, 2025- February 18, 2025 Downloadable Through Philgeps, Bai Website And Can Be Requested Through Email (bac@bai.gov.ph) Pre-bid Conference February 4, 2025 (9:30 Am) A Personal Meeting Id Will Be Sent Through Email For Each Participant At Least One Day Before The Event. Prospective Bidders Need To Signify Their Intention To Participate By Sending An Email To Bac@bai.gov.ph Deadline For The Submission Of Bids February 18, 2025 (9:00 Am) Late Bids Shall Not Be Accepted. Through Personal Delivery Or Through Courier At The Bai- Bac Secretariat Office Bidders Must Ensure That The Bid Proposals Are Properly Delivered And Received By The Bac Secretariat Office On Or Before The Deadline Of Submission. Bid Opening February 18, 2025 (9:30 Am) A Personal Meeting Id Will Be Sent To Participants Through Email Who Submitted Bid Proposals On Time. 13. For Further Information, Please Refer To: Mr. Benjamin R. Gonzales Head, Bac Secretariat Office Bureau Of Animal Industry Visayas Avenue, Diliman, Quezon City Email: Bac@bai.gov.ph Contact No.: (02) 8528 2240 Local 1800 To 1804 14. For Downloading Of Bidding Documents, You May Visit: Www.bai.gov.ph (original Signed) Cheryl Rose B. Cayad-an, Dvm, Mdm Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 20.7 Million (USD 358.5 K)
U S COAST GUARD USA Tender
Others
United States
Details: Special Notice: The Department Of Homeland Security, United State Coast Guard, Operational Logistics Command (log-94) Intends To Award One (10) Sole Source Purchase Order On A Basis Of Other Than Full And Open Competition (under Far Authority 6.302) To Asymmetric Solutions Logistics And Procurement For Facilities Needed For Uscg Port Security Unit, For Tactical Training Per Scope Of Work (sow) That Include The Following:
facility For Training And Berthing
the Contract Period Of Performance Is 4/11/2025 – 4/13/2025
the Contractor Will Provide All Services Per Sow. This Purchase Will Be Made Utilizing Simplified Acquisition Procedures In Accordance With: Federal Regulation (far) Part 13.106-1(b) For Purchases Not Exceeding The Simplified Acquisition Threshold Of $250,000.
this Sole Source Is Pursuant To 10 U.s.c. 2304(c)(1) Implemented By The Far Subpart 6.302-1 Entitled “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements”.
the Naics Code For This Procurement Is 611519 Other Technical And Trade Schools. The Psc For This Procurement Is U006 Education/training—vocational/technical. The Procurement Type Will Be A Firm-fixed Price.
this Is Not A Request For Competitive Quotes/proposals And No Solicitaiton Is Available. Questions Concerning This Announcement Should Be Directed To The Contract Specialist Using The Email Provided. Telephone Requests For Information Or Questions Will Not Be Accepted. Additionally, Any Response To This Notice Must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To The Government. The Intent Of This Notice Is For Informational Purposes Only. Please Email Requests Or Questions To Elizabeth Tam-hurley At The Following E-mail Address: Elizabeth.h.tam-hurley@uscg.mil.
Closing Date2 Apr 2025
Tender AmountRefer Documents
5661-5670 of 5688 archived Tenders